欢迎您来到机电设备采购平台!

首页 采招类别/货物信息 正文

亚行贷款河南省淅川县生态保护和环境综合整治项目支撑和业务应用系统开发中标结果公示

  • 收藏
  • 打印
  • 字小
  • 字大+
信息时间:
2024-10-17
招标文件下载
我要报名

Announcement of Bid Winning Results of Support and Business Application System Development and Integration under Henan Xichuan Integrated Ecological Protection and Environmental Improvement Project financed by ADB

 

Entrusted by Office of the Leading Group for the Ecological Protection and Comprehensive Environmental Management Project of the Asian Development Bank Loan in Xichuan County, CMC International Tendering Co., Ltd. will undertake the open competitive bidding for the Support and Business Application system development and integration under Henan Xichuan Integrated Ecological Protection and Environmental Improvement Project.

 

Bids were opened as specified in the Bidding Documents at 10:00am (Beijing Time) on August 5, 2024 at room No. 14, Conference Center of ITC 4th Floor, Shouke Plaza, No. 14 Xisanhuan Nanlu, Fengtai District, Beijing, and 10 bidders submitted bids. The bid evaluation committee completed the evaluation and submitted the bid evaluation report to the ADB for review. After the review by the ADB, no objection was issued. The winning bid result is now publicly announced as follows:

 

Project NameSupport and Business Application system development and integration

Bid No.0702-2420CITC1001

Contract No.ISC-GS03-IT

 

I. Bidder, Bid Prices, Evaluated Prices and Reasons of Rejection

 

1. Name of Bidder: Joint Venture of PIESAT Information Technology Co., Ltd., Aerospace Planning and Design Group Co., Ltd., Beijing eGOVA Co., Ltd. and Beijing Sunway Technology Co., Ltd.

a): Bid Amount: CNY 9,461,760.00

b): Evaluated Price: CNY 8,870,400.00

c): Total Score89.01

 

2. Name of Bidder: Joint Venture of China Mobile System Integration Co., Ltd. and Huai'an Water Conservancy Survey and Design Research Institute Co., Ltd.

a): Bid Amount: CNY 9,961,880.00

b): Evaluated Price: CNY 9,398,000.00

c): Total Score: 84.18

 

3.Name of Bidder: Beijing DHC Technology Co., Ltd., China Communications Construction Group Design Co., Ltd, Hebei Jiuhua Survey and Mapping Co., Ltd.

a): Bid Amount: CNY 9,830,132.60

b): Evaluated Price: CNY 9,124,822.60

c): Total Score: 83.96

 

4.Name of Bidder: PowerChina Zhongnan Engineering Corporation Ltd., Chinasoft International Limited

a): Bid Amount: CNY 8,518,734.00

b): Evaluated Price: CNY 5,619,900.00

c): Total Score: 83.44

 

5. Name of Bidder: Beijing Telecommunication Planning and Design Institute Co., Ltd., China Institute of Water Resources and Hydropower Research, Keyu Information Technology Co., Ltd.

a): Bid Amount: CNY 7,896,000.00

b): Reasons of Rejection:

The bidder did not meet the requirements of Clause 4.5 of Section 1 of the bidding documents, "4.5 Government-owned enterprises in the Borrower’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not dependent agencies of the Purchaser."  China Institute of Water Resources and Hydropower Research is a second-class public institution. The Bidder did not meet the requirements of Article 4.5 of the bidding documents and shall be disqualified.

 

6. Name of Bidder: DongShen Intelligent Water Technology (Shenzhen) Co., Ltd., Hunan Water Resources and Hydropower Survey, Design, Planning and Research Co., Ltd.

a): Bid Amount: CNY 8,464,450.84

b): Reasons of Rejection:

The bidder did not meet the requirements of Clause 2.3.2 in Section 3 of the Bidding Document, " The Bidder shall demonstrate that the main IT products, as listed below, offered have(i) been in production for at least 2 years, and (ii) been sold a minimum of 2 units of similar type and specification over the last five (5) years;(iii) been in operation for a minimum of 1 year. Main IT products: 1. Digital twin watersheds and engineering; 2. Forecast scheduling; 3. Comprehensive display of platform technology products. " According to Clause 29.4, Section 1 of the Bidding Document ‘If a Bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission, the Bid Evaluation Committee determined that the specific contract experiences and qualification certificate provided by the bidder did not meet the requirements of the Bidding Documents, and such deviations should be regarded as material deviations, so the bid should be rejected.

 

7. Name of Bidder: Tower Zhilian Technology Co., Ltd.

a): Bid Amount: CNY 8,947,460.00

b): Reasons of Rejection:

(1) Clause 2.3.1 in Section 3 of the Bidding Document, "Successful completion as main supplier within the last five (5) years, of at least 2 contracts each valued at CNY 10 million with nature, and complexity similar to the scope of requirements described in Section 6 (Schedule of Requirements). The main construction content should include data management, data production, or data resource construction of water conservancy. " Effective certification have not submitted as required.

(2) Clause 2.3.2 in Section 3 of the Bidding Document " The Bidder shall demonstrate that the main IT products, as listed below, offered have(i) been in production for at least 2 years, and (ii) been sold a minimum of 2 units of similar type and specification over the last five (5) years;(iii) been in operation for a minimum of 1 year.Main IT products: 1. Digital twin watersheds and engineering; 2. Forecast scheduling; 3. Comprehensive display of platform technology products. " The bidder did not submit the End-user’s certificate that can demonstrate that the main equipment of Digital twin watersheds and engineering have been in operation for a minimum of 1 year.

(3) Clause 2.3.3 in Section 3 of the Bidding Document "The Bidder or manufacturer shall demonstratea that it can supply the type, size, and quantity of the IT products as required by Purchaser in accordance with the Delivery and Completion Schedule in Section 6 (Schedule of Requirements). The Bidder or manufacturers should have the similar software copyright of such as IoT perception data reception management platform and application for Water One Map System, etc. " Effective certification have not submitted as required.

(4) Clause 2.3.4 in Section 3 of the Bidding Document " (1) Bidders must have a valid comprehensive Grade A credit certificate for engineering consulting units issued by China Engineering Consulting Association or similar institutions. (2) Bidders must have a valid second level or higher certificate of professional contracting qualification for electronic and intelligent engineering. (3) Bidders must have a valid Class A certificate for engineering surveying and mapping (professional categories: engineering surveying, photogrammetry and remote sensing, geographic information system engineering) issued by Provincial level or above Natural Resources Departments. (4) Bidders must have valid information system construction and service capability level certificates issued by China Electronic Information Industry Federation or similar institutions. (5) Bidders must have a valid CMMI3 certification for software maturity. (6) Bidders must have a valid ITSS Information Technology Service Standard Compliance Certificate issued by China Electronics Industry Standardization Technology Association or similar institutions. (7) Bidders must have valid information security management system certification and information technology service management system certification issued by Certification bodies authorized by the National Certification and Accreditation Administration. " The bidder only has provided: (1) AAA credit rating certificate issued by Beijing Derong Credit Management Co., Ltd. (5) CMMI3 certification for software maturity. (6)  ITSS Information Technology Service Standard Compliance Certificate issued by China Electronics Industry Standardization Technology Association.

(5) Clause 2.3.5 in Section 3 of the Bidding Document "(1) Project Manager: Must have 1. senior engineer or above professional certificate, and 2. software designer certificate or system architecture designer certificate. (2) Technical development leader: Must hold a senior engineer or above professional title certificate, and an information system project management engineer certificate. " Effective certification have not submitted as required.

According to Clause 29.4, Section 1 of the Bidding Document If a Bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission, the Bid Evaluation Committee determined that the specific contract experiences and qualification certificate provided by the bidder did not meet the requirements of the Bidding Documents, and such deviations should be regarded as material deviations, so the bid should be rejected.

 

8. Name of Bidder: Consortium of Wuhan Daspatial Technology Co., Ltd., Yunnan Water Resources and Hydropower Survey and Design Institute Co., Ltd., Inspur Cloud Information Technology Co., Ltd., Inspur Softway Group Co., Ltd.

a): Bid Amount: CNY 9,413,860.00

b): Reasons of Rejection:

The bidder did not meet the requirements of Clause 4.5 of Section 1 of the bidding documents, "4.5 Government-owned enterprises in the Borrower’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not dependent agencies of the Purchaser."  China Institute of Water Resources and Hydropower Research is a second-class public institution. The Bidder did not meet the requirements of Article 4.5 of the bidding documents and shall be disqualified.

 

9. Name of Bidder: Zhongguancun Smart City  Co., Ltd., Yellow River Engineering Consulting Co., Ltd. and Technology Advisory of  Pearl River Water Resources Commission (GuangZhou) Co. Ltd.

a): Bid Amount: CNY 9,850,965.47

b): Reasons of Rejection:

Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. has commen shareholder. According to Clause 4.3 of Section 1 of the bidding documents, "A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply: (a) they have controlling shareholders in common; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process., Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. found to have a conflict of interest. Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd. shall be disqualified.

 

10. Name of Bidder: Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd.

a): Bid Amount: CNY 9,961,880.00

b): Reasons of Rejection:

Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. has commen shareholder. According to Clause 4.3 of Section 1 of the bidding documents, "A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply: (a) they have controlling shareholders in common; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process., Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. found to have a conflict of interest. Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd. shall be disqualified.

 

II. Recommeded Bidder and Expected Contract Amount

Recommeded BidderJoint Venture of PIESAT Information Technology Co., Ltd., Aerospace Planning and Design Group Co., Ltd., Beijing eGOVA Co., Ltd. and Beijing Sunway Technology Co., Ltd.

Expected Contract AmountCNY 9,461,760.00

 

III. Required Arrival Date of Goods or Completion Date for Related Services

12 months after the contract signing.

 

IV. Contents

Support and Business Application System Development and Integration

 

V. Complaints

If bidders or other related parties have objections to the evaluation results of this project, please submit the questioning materials to the procurement agent within the public announcement period. Late submissions will not be accepted.

 

VI. The Announcement Period

October 17, 2024 to October 20, 2024.

 

VII. Purchaser and Attention

Purchaser: Office of the Leading Group for the Ecological Protection and Comprehensive Environmental Management Project of the Asian Development Bank Loan in Xichuan County

Address: Third Floor, No. 140 Renmin Road, Xichuan County, Nanyang City, Henan Province

Attention: Ms. Rao Xiaolu

Telephone: 0377-******

 

Procurement Agent: CMC International Tendering Co., Ltd.

Address: Room 811, Building C, General Times Center, No.1 Yard, Xiying Street, Fengtai District, Beijing

Attention: Mr. Liu Xiangnan or Ms. Liu Lu

Telephone: 010-****** or 010-******

E-mail: ******

 

 

 

亚行贷款河南省淅川县生态保护和环境综合整治项目支撑和业务应用系统开发

中标结果公示

 

******办公室的委托,作为亚行贷款河南省淅川县生态保护和环境综合整治项目支撑和业务应用系统开发的采购代理公司,承办相关的招标采购工作。

 

支撑和业务应用系统开发202485日上午1000时在北京市丰台区西三环南路14******有限公司会议中心举行了开标仪式,共有10******委员会随后完成了评标工作并将评标报告报送亚行审核。亚行审核后出具了不反对意见,现将中标结果公示如下:

 

项目名称:支撑和业务应用系统开发

招标编号:0702-2420CITC1001

合同号:ISC-GS03-IT

 

  • 投标人名称、开标价、评标价及废标(未中标)原因:

 

1.************有限公司联合体

a):开标价:9,461,760.00元人民币

b):评标价:8,870,400.00元人民币

c):综合得分:89.01

 

2.投标人名称:******有限公司

a):开标价:9,961,880.00元人民币

b):评标价:9,398,000.00元人民币

c):综合得分:84.18

 

3.投标人名称:******有限责任公司

a):开标价:9,830,132.60元人民币

b):评标价:9,124,822.60元人民币

c):综合得分:83.96

 

4.投标人名称:******有限公司

a):开标价:8,518,734.00元人民币

b):评标价:5,619,900.00元人民币

c):综合得:83.44

 

5.投标人名称:******有限公司

a):开标价:7,896,000.00元人民币

b):废标原因:不满足招标文件第一章投标人须知4.5条款内容“对于借款人所在国的国有企业,只有能证明自己(i)在法律上和财务上是独立的,(ii)按照商业法律运营,并且(iii)不是买方的附属机构时,他们才是合格的投标人。”的要求,该投标人为不合格的投标人。

 

6.投标人名称:******有限公司

a):开标价:8,464,450.84元人民币

b):废标原因:不满足招标文件第三章第2.3.2款“投标人应证明其所提供的下述信息技术主要设备:(i)至少2年生产的生产经验;以及(ii)在过去五年内,已经售出至少2台类似规格的信息技术产品;iii)至少满意地运作1年。主要设备:1.数字孪生流域、工程;2.预报调度;3.综合展示平台类技术产品。”的要求。根据招标文件第一章第29.4******委员会判定上述投标人提交的特殊经验和资格证书不满足招标文件要求,属于实质性偏差,其投标文件被拒绝。

 

7.投标人名称:******有限公司

a):开标价:8,947,460.00元人民币

b):废标原因:

1)不满足招标文件第三章第2.3.1款“在过去5年内,作为主要供应商成功完成至少2个合同,并且每个合同的金额为1000万元人民币,且性质和复杂程度类似于第六章“需求表”中所述的需求范围的合同。其中主要建设内容应包含水利相关的数据管理、数据制作或数据资源建设等内容。”的要求。

2)不满足招标文件第三章第2.3.2款“投标人应证明其所提供的下述信息技术主要设备:(i)至少2年生产的生产经验;以及(ii)在过去五年内,已经售出至少2台类似规格的信息技术产品;iii)至少满意地运作1年。主要设备:1.数字孪生流域、工程;2.预报调度;3.综合展示平台类技术产品。”的要求。

3)不满足招标文件第三章第2.3.3款“(i)投标人或制造商应证明其能够按照第六章“需求表”中的交货与完成时间表,供应买方所需型号、尺寸和数量的信息技术产品。(ii)投标人或制造商应具备物联感知数据接收管理平台、水利一张图应用等类似软著”的要求。

4)不满足招标文件第三章第2.3.4款“(1)投标人需具有有效的由中国工程咨询协会或类似机构出具的工程咨询单位甲级资信证书。(2)投标人需具有有效的电子与智能化工程专业承包资质贰级及以上证书。(3)投标人需具有有效的由省级及以上的自然资源厅出具的工程测绘甲级证书(专业类别:工程测量、摄影测量与遥感、地理信息系统工程)(4)投标人需具有有效的由中国电子信息行业联合会或类似机构出具的信息系统建设和服务能力等级证书。(5)投标人需具有有效的软件成熟度CMMI3认证证书。(6)投标人需具有有效的由中国电子工业标准化技术协会出具的 ITSS 信息技术服务标准符合性证书。(7******委员会授权的认证机构出具的信息安全管理体系认证证书、信息技术服务管理体系认证证书。”的要求。

5)不满足招标文件第三章第2.3.5款“(1)项目经理:需具有高级工程师及以上职称证书,并具有软件设计师证书或系统架构设计师证书。(2)技术开发负责人:需同时具有高级工程师及以上职称证书、信息系统项目管理师证书。”的要求。

根据招标文件第一章第29.4******委员会判定上述投标人提交的特殊经验和资格证书不满足招标文件要求,属于实质性偏差,其投标文件被拒绝。

 

8.投标人名称:******有限公司的联合体

a):开标价:9,413,860.00元人民币

b):废标原因:不满足招标文件第一章投标人须知4.5条款内容“对于借款人所在国的国有企业,只有能证明自己(i)在法律上和财务上是独立的,(ii)按照商业法律运营,并且(iii)不是买方的附属机构时,他们才是合格的投标人。”的要求,该投标人为不合格的投标人。

 

9.投标人名称:************有限公司

a):开标价:9,850,965.47元人民币

b)******有限公司有共同的股东。根据招标文件第一章第4.3款“投标人不得存在利益冲突。所有存在利益冲突的投标人均为不合格的投标人。在本次招标中,如果投标人存在(但不仅限于)下述情形的,则被认为存在利益冲突:(4)他们之间存在某种联系,使他们能够直接或通过共同的第三方在本次投标过程中获得其他投************有限公司存在利益冲突,该投标人为不合格的投标人。

 

10.投标人名称:******有限责任公司联合体

a):开标价:9,961,880.00元人民币

b)******有限公司有共同的股东。根据招标文件第一章第4.3款“投标人不得存在利益冲突。所有存在利益冲突的投标人均为不合格的投标人。在本次招标中,如果投标人存在(但不仅限于)下述情形的,则被认为存在利益冲突:(4)他们之间存在某种联系,使他们能够直接或通过共同的第三方在本次投标过程中获得其他投标人的实质性信息或不适当地影响其他投标人,或影响买方关于本次招标的决定;”,该投标人为不合格的投标人。

 

二、中标人名称及中标价:

************有限公司联合体

中标价:9,461,760.00元人民币

 

三、交货期:合同签订后12个月。

 

四、合同范围:支撑和业务应用系统开发

 

五、异议和投诉

 

投标人或者其他利害关系人对本项目的评标结果有异议的,请在公示期内将质疑材料递交到采购代理公司,逾期不予受理。

 

六、本中标结果公示的时间自20241017日起,至20241020日止。

 

七、招标人及联系方式

 

******办公室

地址:河河南省南阳市淅川县人民路140******发改委政府大楼3

联系人:饶晓露女士

电话:0377-******

 

******有限公司

地址:北京市丰台区西营街1号院通用时代中心C811

联系人:刘向楠先生、刘璐女士

电话:******8473

邮箱:******

 


查看项目详细信息

版权免责声明

【1】凡本网注明"来源:机电设备采购平台"的所有文字、图片和音视频稿件,版权均属于机电设备采购平台,转载请必须注明机机电设备采购平台,违反者本网将追究相关法律责任。

【2】本网转载并注明自其它来源的作品,是本着为读者传递更多信息之目的,并不代表本网赞同其观点或证实其内容的真实性,不承担此类作品侵权行为的直接责任及连带责任。其他媒体、网站或个人从本网转载时,必须保留本网注明的作品来源,并自负版权等法律责任。

【3】如涉及作品内容、版权等问题,请在作品发表之日起一周内与本网联系。

分享到朋友圈
一天内免费查看信息来源站点

分享成功后点击跳转

注册使用者、商机更精准
机构名称:*
姓名:*
关键词:
手机号:*
验证码:* 发送验证码 已发送(60s)
评标专家会员
商机会员
供采通会员

切换到支付宝支付

抱歉,您当前会员等级权限不够!

此功能只对更高等级会员开放,立即提升会员等级!享受更多权益及功能

请扫码添加客服微信或拨打客服热线 0571-28951270 提升会员等级
关注微信
关注微信
关注App
关注App
微信客服
微信客服
返回顶部